IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
ID: 75H70125R00018Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEDIV OF ENGINEERING SVCS - SEATTLESEATTLE, WA, 98121, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking qualified architect-engineering (A-E) firms to provide sanitation facilities construction services through a multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The selected firms will assist IHS in delivering professional design and engineering services for various facilities across the United States, including community water and wastewater systems, solid waste facility planning, and accessory facilities. This procurement is a total small business set-aside, with a maximum contract capacity of $5 million and a guaranteed minimum order of $1,000, with task orders ranging from $1,000 to $2 million. Interested firms must submit their qualifications by the anticipated solicitation release date of February 17, 2025, and can contact Taylor Kanthack at taylor.kanthack@ihs.gov or Jenny Scroggins at jenny.scroggins@ihs.gov for further information.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    OEHE GIS Support Services IDIQ
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified firms to provide Geographic Information System (GIS) support services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objectives include the development and maintenance of GIS feature service schemas, quality assurance, technical support, and training resources, aimed at enhancing the implementation of GIS within the Office of Environmental Health and Engineering (OEHE) Program. This initiative is crucial for improving data management and operational efficiency within IHS, particularly for Native American communities. Interested firms, especially small businesses and those owned by Native Americans, must submit their qualifications and relevant experience by the specified deadline to Thupten Tsering at thupten.tsering@ihs.gov. The anticipated contract period is five years, consisting of one base year and four one-year options.
    Furnish and install a septic tank and lagoon Mayette, KS
    Buyer not available
    The Indian Health Service (IHS) under the Department of Health and Human Services is soliciting quotes for the furnishing and installation of a septic tank and lagoon system in Mayetta, Kansas. The project requires the contractor to construct a wastewater lagoon and install a 1,000-gallon septic tank, adhering to specific materials and installation guidelines as outlined in the Statement of Work and accompanying drawings. This procurement is significant for enhancing local health infrastructure, particularly for Indian populations, and is set aside exclusively for Indian-owned businesses under the Indian Small Business Economic Enterprise (ISBEE) program. Interested contractors must submit their quotes by February 28, 2025, with an estimated award amount between $25,000 and $100,000. For further inquiries, potential bidders can contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Request for Information (RFI): IHS Healthcare Leadership and Management Support Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is issuing a Request for Information (RFI) to gather insights for an Agencywide Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at providing healthcare leadership and management support. The primary objective of this procurement is to enhance compliance with accreditation standards set by The Joint Commission (TJC) and the Centers for Medicare and Medicaid Services (CMS) across IHS facilities, which serve approximately 2.56 million American Indians and Alaska Natives. This initiative is critical for addressing ongoing accreditation challenges and ensuring high-quality patient care through expert consulting services, including leadership mentoring and organizational gap analysis. Interested parties are encouraged to submit their responses to Christopher McGucken at christopher.mcgucken@ihs.gov by February 12, 2025, with no obligation on the part of IHS to proceed with future solicitations.
    Crow/Northern Cheyenne Hospital Sewer Rehabilitation
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for the Crow/Northern Cheyenne Hospital Sewer Rehabilitation project, aimed at addressing significant corrosion issues in the hospital's sewer system. The project involves the rehabilitation of approximately 5,100 linear feet of sewer piping using Cured in Place Pipe (CIPP) lining technology, which is essential for extending the lifespan of the existing infrastructure and ensuring the hospital's operational integrity. This initiative is critical for maintaining healthcare standards and preventing sewage-related disruptions that could impact patient care. Interested small businesses must submit their proposals by March 5, 2025, with an estimated project cost between $1,000,000 and $5,000,000, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov for further information.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Wagner Misc. Projects
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the "Wagner Misc. Projects" to provide construction services for the Wagner Indian Health Service Clinic in South Dakota. The scope of work includes flooring installation, exterior painting, tuckpointing, window replacements, installation of propane fuel tanks, and plumbing repairs, with an estimated project magnitude between $250,000 and $500,000. This procurement is particularly significant as it aims to enhance healthcare facilities, and the IHS encourages participation from small businesses, including those owned by Native Americans and other disadvantaged groups. Interested firms must submit their qualifications and relevant project experience to Thupten Tsering via email by the specified deadline, and no proposals will be accepted at this stage.
    IHS1504005 - Plumbing Supply BPA - PIMC
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for plumbing supplies, including cast iron fittings, to support the Phoenix Indian Medical Center's healthcare plumbing system. This procurement aims to address urgent repair and replacement needs, allowing for expedited delivery and local pick-up of essential plumbing parts over a five-year period. The initiative emphasizes compliance with the Buy Indian Act, prioritizing purchases from Indian Economic Enterprises (IEE) and Indian Small Business Economic Enterprises (ISBEE), thereby supporting Native American businesses. Interested vendors must respond by February 12, 2025, providing necessary documentation and certifications, including registration in the System for Award Management (SAM) and adherence to gray market prevention guidelines. For further inquiries, vendors can contact Ashley B. Velasquez at ashley.velasquez@ihs.gov or call 480-217-7292.
    Geotechnical Engineering Services for a new water storage tank Wyandotte, Oklahoma
    Buyer not available
    The Indian Health Service (IHS) is soliciting proposals for geotechnical engineering services related to the construction of a new water storage tank in Wyandotte, Oklahoma. The project involves the design and construction of a 120,000-gallon, 100-foot tall cylindrical tank for the Ottawa County Rural Water District 5, with the selected contractor responsible for assessing subsurface conditions and providing a comprehensive geotechnical report. This initiative is part of broader efforts to enhance water infrastructure in rural areas, ensuring compliance with engineering and environmental standards. Interested contractors must submit their quotes by February 17, 2025, with an estimated contract value of less than $25,000. For further inquiries, contact Jeffrey Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov.
    Sources-Sought Notice – Management Inquiry BPA
    Buyer not available
    The Indian Health Service (IHS), under the Department of Health and Human Services, is conducting market research through a Sources-Sought Notice for a Blanket Purchase Agreement (BPA) focused on management inquiries in the Navajo Area. The procurement aims to identify qualified sources capable of performing administrative and management investigations, which include reviewing case materials, conducting interviews, documenting processes, and providing recommendations, with each investigation requiring 15 to 30 hours of work. This opportunity is significant for enhancing administrative efficiency within the IHS and promoting economic opportunities for Indian-owned businesses, particularly those that qualify under the Buy Indian Act. Interested parties must submit their qualifications and relevant documentation to William Lee at William.Lee@ihs.gov by February 5, 2025, at 2:30 PM MST, ensuring they are registered in the System for Award Management (SAM) and meet the eligibility criteria outlined in the IHS IEE Representation Form.
    Janitorial Supplies
    Buyer not available
    The Indian Health Service (IHS) is seeking quotes for janitorial supplies under Request for Quote (RFQ 246-25-Q-0017), with a focus on a 100% Buy Indian set-aside. The procurement includes various cleaning items such as microfiber mops, pads, and disinfectants, which are essential for maintaining hygiene and health safety within IHS facilities. Vendors are required to submit detailed pricing, product descriptions, and evidence of past performance, with quotes due by February 5, 2025. Interested parties should contact Karen James at karen.james@ihs.gov for further information and ensure compliance with all federal regulations and registration requirements.